25/5632 - Construction management for B1 with an option for B2 - Lillevik RA - expansion, new treatment stage - PHASE 1

Larvik municipality shall procure assistance with construction management for ground works in connection with. the construction of a new building for secondary purification and nitrogen removal at Lillevik treatment facility. The contract is referred to as B1. The start-up of the construction work is tentatively set in mid December 2025. …

CPV: 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71312000 Structural engineering consultancy services, 71500000 Construction-related services, 71520000 Construction supervision services
Place of execution:
25/5632 - Construction management for B1 with an option for B2 - Lillevik RA - expansion, new treatment stage - PHASE 1
Awarding body:
Larvik kommune
Award number:
2025/5632

1. Buyer

1.1 Buyer

Official name : Larvik kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : 25/5632 - Construction management for B1 with an option for B2 - Lillevik RA - expansion, new treatment stage - PHASE 1
Description : Larvik municipality shall procure assistance with construction management for ground works in connection with. the construction of a new building for secondary purification and nitrogen removal at Lillevik treatment facility. The contract is referred to as B1. The start-up of the construction work is tentatively set in mid December 2025. The contract period is 6 months. Start up of the construction management assignment is tentatively set at 01.11.2025 In addition there is an option where the contracting authority would like to expand the contract to also apply to construction management for the construction contract named B2. This is a new building. The start of the construction work in B2 is tentatively set to 01.06.2026. The contract period is 36 months. The start of the construction management assignment is tentatively set at 01.05.2026 Deadline for asking questions in Phase 1 is 21.07.2025.
Procedure identifier : c5822c39-1ed6-47f1-9e01-259f3a34b8b9
Internal identifier : 2025/5632
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out as a negotiated procedure after a prior notice. The competition will take place in two stages, Phase 1 and Phase 2.In Phase 1, tenderers shall submit documentation showing that they are qualified to participate in the competition. In Phase 2, qualified tenderers will be invited to submit a tender for the assignment to be carried out.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71500000 Construction-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 9 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - Not news.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 25/5632 - Construction management for B1 with an option for B2 - Lillevik RA - expansion, new treatment stage - PHASE 1
Description : Larvik municipality shall procure assistance with construction management for ground works in connection with. the construction of a new building for secondary purification and nitrogen removal at Lillevik treatment facility. The contract is referred to as B1. The start-up of the construction work is tentatively set in mid December 2025. The contract period is 6 months. Start up of the construction management assignment is tentatively set at 01.11.2025 In addition there is an option where the contracting authority would like to expand the contract to also apply to construction management for the construction contract named B2. This is a new building. The start of the construction work in B2 is tentatively set to 01.06.2026. The contract period is 36 months. The start of the construction management assignment is tentatively set at 01.05.2026 Deadline for asking questions in Phase 1 is 21.07.2025.
Internal identifier : 2025/5632

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71500000 Construction-related services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 42 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 9 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers are required to have good solidity so that they have the financial ability to fulfil the contract. The following will be subject to assessment: The tenderer's solidity, liquidity and financial ability to fulfil the contract and to carry any loss on the relevant and other contracts. The contracting authority reserves the right to obtain further information that is deemed necessary to assess the tenderer's economic and financial position. The contracting authority reserves the right to obtain further information that is deemed necessary to assess the tenderer's economic and financial position.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259850357.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 29/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Not applicable
Financial arrangement : Good economy is required.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestfold Tingrett -
Information about review deadlines : 10 days from contract award.
Organisation providing additional information about the procurement procedure : Larvik kommune -
Organisation providing more information on the review procedures : Larvik kommune -

8. Organisations

8.1 ORG-0001

Official name : Larvik kommune
Registration number : 918082956
Postal address : Feyers gate 7
Town : LARVIK
Postcode : 3256
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Contact point : Monica Skjønhaug
Telephone : +47 33171000
Fax : +47 33171001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Vestfold Tingrett
Registration number : 926 723 618
Department : 926 723 618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : e305d163-e829-4808-95fa-207b83c4d573 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/06/2025 07:47 +00:00
Notice dispatch date (eSender) : 24/06/2025 11:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00410119-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025